There will be no firm commitment from NSPA to buy any of the materiel or services included in the contract.

Size: px
Start display at page:

Download "There will be no firm commitment from NSPA to buy any of the materiel or services included in the contract."

Transcription

1 Dear Sir/Madam, The NATO Support and Procurement Agency (NSPA) has a requirement for the establishment of a contract against which call-off purchase orders can be issued, on a need basis for the materiel and services described in the List of Items attached to this Request for Proposal. There will be no firm commitment from NSPA to buy any of the materiel or services included in the contract. You are invited to submit a firm fixed price proposal, based on Delivery Delivered Duty Paid (DDP) (Incoterms 2010) to Depósito Geral de Material do Exército (DGME), Estrada do Infantado, Benavente/ Portugal. NSPA will post all official communications regarding this procurement on its website. In addition, NSPA reserves the right to amend this RFP at any time prior to the proposal submission deadline. Any changes, amendments or clarifications will be made in the form of responses to bidders questions, amendments or addendum issued by NSPA. Bidders should check NSPA s website frequently for notice of matters affecting this procurement. TABLE OF CONTENTS 1. TAX EXEMPTION 2. CONSIDERATION OF ALL INFORMATION 3. CONTRACTOR'S RESPONSIBILITY 4. BALANCING OF PRODUCTION 5. GEOGRAPHICAL LIMITATIONS 6. EVALUATION CRITERIA 7. ALTERNATIVE ITEM(S) 8. AUTHORISED SIGNATURE 9. VALIDITY 10. PRICES, CURRENCY AND PAYMENT 11. QUALITY ASSURANCE 12. LATE OFFERS 13. NO NSPA COMMITMENT 14. PRE-AWARD SURVEY 15. INSTRUCTIONS FOR PROPOSAL FORWARDING 16. INFORMATION ON BIDDING 17. BID OPENING 18. NSPO PROCUREMENT REGULATIONS / NSPA OPERATING INSTRUCTION 19. PUBLICATION OF CONTRACT AWARDS 20. SPECIAL INSTRUCTIONS 24-Apr-17 Page 1 of 23

2 1. TAX EXEMPTION All prices and rates quoted shall be exclusive of any taxes and duties from which NSPA is exempt pursuant to the provisions of the Ottawa Agreement of 20 September 1951 and the Agreement between NAMSA and the Government of Luxembourg, dated 19 June 1968, entitled 'Agreement regarding exemption from taxes, duties and rates granted to NAMSO (NATO Maintenance and Supply Organization) by the Luxembourg Authorities. 2. CONSIDERATION OF ALL INFORMATION Your proposal must be prepared after careful consideration of all information provided in this RFP. In order for your proposal to receive an accurate evaluation it must conform to the terms of this RFP. Non-conforming or incomplete proposals may be refused consideration for award of a contract. 3. CONTRACTOR'S RESPONSIBILITY With the submission of his proposal the bidder guarantees that he is in possession of all the necessary intellectual property rights in force in the countries where the items will be manufactured and / or services will be performed, under the resulting contract and in other countries where the intellectual property rights are in force. It is the sole responsibility of the bidder to obtain any licenses necessary for the performance of this contract and for making any other arrangements required to protect NSPA from any liability for intellectual property rights infringement in said countries. The bidder will at his expense hold NSPA harmless and fully indemnify NSPA against all damages, costs, charges, expenses and the like arising from or incurred by any reason of any infringement or alleged infringement of intellectual property rights in consequence of the provision of the service and / or materiel. You will be solely responsible for the performance of the contract resulting from this RFP. The fact that NSPA allows to subcontract or to call upon a third party for the performance of any part of the contract does not relieve you of your responsibility. 4. BALANCING OF PRODUCTION For contracts amounting to EUR 80,000.- or more, or equivalent in another currency, NSPA takes into account a balanced production policy. Under this policy, when offers from firms of different participating NSPO member states are otherwise similar, contract award is made to that bidder whose country, at time of award, is poorly placed in terms of balance, provided that his offer does not exceed the lowest offer by more than a certain percentage (10 % or 20 % depending on the relative position of the countries in terms of balancing) and he agrees to match such lowest offer. Relative positions of the countries in terms of production balancing are determined by using the ratio R ; value of the contracts placed by NSPA in a country compared with the value of sales made to the same country. The three categories in the NSPA scale of balancing are well-placed, less well-placed and poorly-placed, the latter category having the lowest ratio. 5. GEOGRAPHICAL LIMITATIONS Not Applicable 24-Apr-17 Page 2 of 23

3 6. EVALUATION CRITERIA The criteria which NSPA will employ in selecting the successful bidder will be by order of importance: a. responsiveness and compliance with the conditions of the RFP; b. Lowest price and discount for early payment c. Delivery dates; NOTE: For basic, non-complex supplies & services requirements at a firm fixed price not exceeding financial level B, NSPA reserves the right to accept a Bidder s Terms & Conditions, provided that these T&C do not represent undue risk for NSPA. It is NSPA s intention to award a single Contract for all vehicle configurations. Partial bids will therefore not be accepted. 7. ALTERNATIVE ITEM(S) If you desire to submit a proposal for an alternative item(s), you may do so in addition to the proposal submitted in response to this Request for Proposal. Proposals for alternative items shall be submitted with a complete description of the proposed items, and be accompanied with a certificate stating that the items offered are fully interchangeable with the requested items (same form, fit and function) or an explanation given on how they differ. When a stock number is superseded, the offeror will so indicate in his offer furnishing the new stock or part number. In case of inconsistency between the National/NATO Stock Number and the Part Number, the NATO Stock Number will govern. 8. AUTHORISED SIGNATURE Your proposal must be signed by an official authorized to bind your firm to a contract. If your proposal is submitted electronically the authorized signature should be scanned. Proposals submitted in response to this RFP are binding offers and, on acceptance by NSPA, constitutes a binding contract. 9. VALIDITY Your proposal shall be valid until the Offer Validity date indicated on the first page of this RFP. The proposal must be submitted in the English or French language. If not sent by fax or , the proposal must be submitted in duplicate. 10. PRICES, CURRENCY AND PAYMENT Prices may be quoted in the currency of any NSPO member state. However, all the prices must be quoted in the same currency and this currency will be reflected in the resulting contract and used for payments made thereunder. 24-Apr-17 Page 3 of 23

4 Comparison of the price quotations will be made in euro; the exchange rates to be used for the purposes of such price comparison will be the medians between buying and selling rates of the Brussels "Marché Réglementé" on the first banking day of the week of the bid closing date, as reported by the Banque et Caisse d'epargne de l'etat, Luxembourg. NSPA payment terms are 30 days net upon receipt of Contractor s invoices duly documented as contractually provided for. Discount for early payment shall be indicated in your proposal. NSPA payments will be made to the bank account provided by the Contractor at time of registration to the NSPA source file or to the bank account identified by the Contractor at time of contract award. NSPA will only accept to make payments on an account in a bank located in a NATO Nation. 11. QUALITY ASSURANCE The Contractor is responsible for maintaining effective control of the quality of materiel. When Government Quality Assurance (GQA) services are required for the items on the list attached to this RFP, the Contractor and/or the Subcontractor(s) will for the duration of the contract, maintain a Quality Assurance System acceptable to the national Government Quality Assurance Representative as being in accordance with the applicable AQAP. When GQA services are required, the place of inspection shall be indicated in the proposal if different from the point of delivery. Information on NATO Quality Assurance Standards may be found at the following web site: LATE OFFERS Proposals received after the Offer Closing Date 24:00 hrs Luxembourg time indicated on the first page of this RFP shall, as far as a contract award is concerned, be rejected without consideration. However proposals posted prior to the Offer Closing Date (valid postal stamp) will be considered as long as they are received before an award is made. If only one offer is received and it is received after the closing date, NSPA reserves the right to consider such offer. 13. NO NSPA COMMITMENT This RFP is not a commitment that an award of contract will be made. NSPA reserves the right to reject any or all proposals. No payment for costs incurred prior to entering into a contract will be made by NSPA. NSPA reserves the right to award a contract for any or part of the items solicited with this RFP. 14. PRE-AWARD SURVEY If after the submission of a proposal you are considered for an award of a contract, NSPA reserves the right to conduct a survey of your technical and facility capabilities. A preaward survey is normally performed for higher value contracts. 24-Apr-17 Page 4 of 23

5 15. INSTRUCTIONS FOR PROPOSAL FORWARDING The means of transmitting your proposal are left to your discretion, by post, by private mail service, by , by fax, or by a bid application using a secure protocol (https). Proposals submitted electronically ( or secure protocol) must conform to currently NSPA Microsoft-Office versions (preferably MS-Word, MS-Excel) or PDF. Your offer must be sent to the following address: procurement@nspa.nato.int and make reference to the RFP Collective Number. Please be aware that the maximum capacity for incoming mail at NSPA is 10 MB. In case that your offer is larger it must be compressed to fit the 10 MB limit or sent in several parts. Secure protocol: Your offer can also be submitted using a secure protocol (https) into the NSPA system. For this purpose select the button Bid when you display the details of the RFP in the Internet and follow the instructions. A proposal that is received "incomplete" when the closing date deadline is reached, cannot be accepted. In case the proposal is mailed it has to be submitted to the following address and should mention: NATO SUPPORT AND PROCUREMENT AGENCY (NSPA) Procurement Division, Attn.: PP-A RFP Collective n : DWI17001 L-8302 CAPELLEN (Luxembourg) 16. INFORMATION ON BIDDING If your company believes that the wording of this Request for Proposal unduly restricts competition, a formal complaint may be submitted not more than 15 days after the release of the RFP. The formal complaint must detail the specific areas in which it is believed that the requirements of this RFP unduly restrict competition and must request that NSPA suspend the procurement process. The Agency will evaluate the complaint and, within 14 days of receipt respond by either (1) amending the RFP or (2) rejecting the complaint. The decision of the Agency in such cases shall be final. If your proposal did not result in an award, you will be informed as soon as the award decision has been made. Upon receipt of the notification, if the value of your proposal exceeds EUR 320,000.-, you may request additional general information from the NSPA Point of Contact indicated in this RFP, as to the reasons why your company failed to win the competition. Your company s name will remain in the NSPA Source File and will be considered for invitation for any future competitions in this field. 17. BID OPENING The Monday following the bid closing date of this RFP, NSPA will post on its portal, at the following link: the names of the companies who have submitted an offer within the bidding period of this RFP. 24-Apr-17 Page 5 of 23

6 18. NSPO PROCUREMENT REGULATIONS / NSPA OPERATING INSTRUCTION The NSPO Procurement Regulations and the NSPA Operating Instruction are available on NSPA s website under If you do not wish to respond to this RFP, please notify this office and return all documentation received promptly or destroy it. 19. PUBLICATION OF CONTRACT AWARDS In accordance with the Procurement Operating Instruction, NSPA periodically publishes high value contracts (except classified ones), indicating the contractor s name and country, as well as the purpose, total amount and issue date of the contract. This information is to be found on the NSPA website under 24-Apr-17 Page 6 of 23

7 SPECIAL INSTRUCTIONS Requirement and Ordering Schedule 1. The requirement is for up to 167 vehicles to fill the role of a Light Armoured Tactical Vehicle designated in Portuguese as Viatturas Tacticas Ligeriras Blindadas (VTLB) and associated support. 2. The requirement is detailed in attached the List of Items and Statement of Work dated 12 April 2017 (Revision 3). 3. The table below outlines the requested ordering profile by year. It is not expected to be able to completely harmonize this schedule until Year 4 (2020). ). 4. The project should however conclude in Year 4 (2020) with the full quantity and types of vehicles delivered and accepted by that year end. Table 1: VTLB Ordering Schedule Bidders are invited to submit their offer, noting that payment will be made on acceptance and delivery of the following quantities, outlined in the table below: Ordering Year Vehicle Configuration Number of Vehicles Total Number of Vehicles Ordered Delivery Date X4 VTLB TP (Basic) A 4X4 VTLB Special Operations (SOF) E1 SOF 4X4 VTLB Special Operations (SOF) E2 SOF Cmd X4 VTLB TP (Basic) A Apr-17 Page 7 of 23

8 2019 4X4 VTLB TP (Basic) A 4X4 VTLB Command (CMD) B1 - HF 20W 4X4 VTLB Command (CMD) B2 - HF 150W 4X4 VTLB Antitank (AT) C1 MILAN 4X4 VTLB Antitank (AT) C2 - TOW X4 VTLB TP (Basic) A 4X4 VTLB Medical Support (MS) D1 - EMER 4X4 VTLB Medical Support (MS) D3 Amb Tipo I 4X4 VTLB Medical Support (MS) D4 Amb Tipo II Grand Total No prototype vehicles will be accepted in the procurement procedure. Therefore, only serialized type vehicles should be proposed, preferably vehicles that are in service in other NATO Armies. 6. Upon selection of the product and contractor, prior to their final acceptance, the vehicles will undergo a series of tests to check for full mandatory requirements compliancy. 7. Any items not specifically mentioned or included herein and which are normally required in projects of this nature, should be included by the bidder in their specification and reflected in the quotation as options. 24-Apr-17 Page 8 of 23

9 8. The bidder shall guarantee that the delivered fully equipped vehicles shall be the same configuration and are constituted of exactly the same parts 9. The applicable documents listed are applicable to technical specifications for the complete vehicle. If the bidder can prove qualification against other revisions, or similar standards, it will be necessary for the bidder to provide evidence of this similarity with these documents. 10. The bidder shall supply in his offer all the required technical drawings of the layout of the fully equipped vehicle to prove the requirements detailed in this RFP. 11. The fully equipped vehicle shall comply with both Portuguese and European laws regarding Health & Safety at Work, without exemption. Defense Standards or their use in no way absolves users from complying with statutory and legal requirements relating to Health & Safety at Work. The bidder shall be responsible for these requirements and provide the necessary evidence. 12. Bidders should be aware that limited funds have been allocated to the VTLB procurement. NSPA therefore reserves the right to order different quantities and variations of the requirements outlined in the Statement of Work and List of Items in any resultant contract. The final decision on the actual elements to be ordered will be made by the customer. Mandatory Deliverables and Optional Deliverables 13. The Statement of Work and List of Items is divided into Mandatory Deliverables and Optional Deliverables as outlined below: Mandatory Deliverables: These are marked in Green on the List of Items and form the core requirement. The requirements can be cross referred to the Statement of Work. Optional Deliverables: These are marked in Yellow on the List of Items and will be exercised on a case-by-case basis at the time of Purchase Order issuance and are not part of the core requirement. The requirements can also be cross referred to the Statement of Work where they are marked as desirable requirements 121 to 128. Annex B to the Bidder Instructions also highlights the Mandatory and Optional Deliverables. 14. It is mandatory that the bidders offer a pricing schedule, which is valid until 21 December 2017, by completing the List of Items. This has been provided in Excel format. Those cells that bidders need to complete have been left unlocked so that pricing information can be inserted. 15. The bidder shall warrant that his price proposal covers all costs associated with the provision of material and services as set forward in his technical proposal. 24-Apr-17 Page 9 of 23

10 Contract Duration 16. The contract shall be effective for the period commencing with the effective date indicated on page one of the contract. 17. It is envisaged that a four (4) year delivery period will be required (i.e to 2020). The contract duration shall, however, be five (5) years as there is no guaranteed workload beyond the 2017 requirement. Ordering Procedure 18. Each Tranche (defined by year) will be ordered at the beginning of that year and the actual ordering therefore shall be by individual call-off Purchase Orders. 19. NSPA reserves the right to amend initial ordering activity at the time of Contract award by amending the requirement, including the number of vehicles, to match funding availability. There is therefore is no guaranteed workload beyond that of the 2017 requirement. Price Reductions 20. Bidders shall indicate at what order quantities, price reductions can be applied, for all requirements within the List of Items. Delivery,Schedule and Payment 21. Completion of the Factory acceptance phase of Configuration A should be finalized within 12 months after Purchase Order issuance, and each subsequent variant 6 months after ordering or after acceptance of Configuration A (whichever comes first). 22. The bidder shall provide his own project milestone plan, which shall be incorporated into the final contract schedule as a contractually binding requirement. It is against this plan that Liquidated Damages will be applied. (TAB 4 of Technical Proposal refers) 23. Final delivery point for vehicles shall be Delivery Delivered Duty Paid (DDP) (Incoterms 2010) to Depósito Geral de Material do Exército (DGME), Estrada do Infantado, Benavente/ Portugal. The exact delivery location may be changed up until Contract award. 24. The bidder shall complete all deliveries using DDP (Incoterms 2010) and submits his offer on this basis Payment will be made on delivery and acceptance of each vehicle to NSPA satisfaction. 24-Apr-17 Page 10 of 23

11 Experiences and Testing 26. Any companies bidding to supply the selected equipment must submit documentary proof of quality tests and/or experiences, and should specifically attest to the ballistic and anti-mine protection levels incorporated into the vehicles. 27. If there is a need to conduct tests once the bids have been opened, official information will be given to bidders such that items are made available to the test team for the period of time deemed necessary for an evaluation of their operation and behavior in a range of different scenarios. 28. Bidders must therefore support the expenses of the following activities in the event of testing: o o o Temporary imports of materials from the country of origin and subsequently sending them back. Submitting materials to the test locations and their subsequent removal. The execution of defined tests, including fuel and ammunition, with the exception of missiles. NSPA Furnished Equipment 29. NSPA Furnished Equipment is detailed in the attached Statement of Work (Revision 3) dated 12 th April Bidder Furnished Facility and Equipment 30. The Bidder shall provide all Infrastructures, Tools and Test Equipment necessary to perform the work required by the RFP. Warranty 31. All equipment must have a minimum warranty period of at least 3 (three) years, counted upon delivery and final acceptance date covering non-conformities in vehicle performance, materials and in manufacturing, installation and paintwork processes, including parts and labour, as well as other costs necessary to complete the repair process [Mandatory Technical requirement 274]. 32. During the entire service life of the vehicles, the manufacturer must guarantee a supply of spare parts and tools for their maintenance. 33. The bidder shall guarantee that all deliverables, including systems, subsystems, equipment and components will conform to the specifications and the requirement of the present contract during the applicable warranty periods. 34. Warranty services shall be available in Portugal for at least three years after vehicle delivery. 35. The bidder shall indicate in what operational or crisis situations warranty and repair services are not available. 36. Warranty per vehicle/ medical cell, shall only start upon delivery and the final acceptance date of each fully equipped vehicle to Portuguese Army in Portugal. 24-Apr-17 Page 11 of 23

12 37. During the warranty period and after being trained and authorized by the bidder, Portuguese Army mechanics shall be allowed to work on the fully equipped vehicles, without affecting the warranty provision. 38. Until expiration of the warranty and the last vehicle delivery the bidder shall remain responsible for any changes to the manuals required as a result of any omission or inaccuracy discovered in use or, whenever changes/modifications in equipment or spare parts are made under the bidder's responsibility. 39. Notwithstanding the detailed specifications and requirements of the vehicles the contractor shall warrant the supplied vehicles in the various configurations are fit for purpose for the roles and functions as described and required in this contract. Security 40. The Bidder shall take due attention of the Security Requirements Check List (SRCL) under NSPA Form 786. Codification Clause 41. All bidders who submit bids accept their obligations arising from the contractual clause that will be included in the contract entered into between the parties, based on the following elements: 42. Authority Responsible for Codification corresponds to the National Codification Bureau - NCB or Authorised Codification Agency located in the country where the articles covered by this contract are designed or produced. 43. Contracting Organisation, corresponding to a purchasing entity of a NATO country or a NATO management entity/authority. 44. Technical Data, corresponding to technical designs, standards, specifications and/or technical documentation necessary to fully identify the articles indicated by the contracting organisation to support the material covered by the Contract. 45. Equivalent Contractual Instrument, corresponding to a formally agreed contractual statement, through which the Contracted Entity undertakes to supply technical data to support the codification. 46. Technical data is used for the identification/codification of all articles specified in any contract that may be established, and that have still not been codified in the NATO codification system. The Contracted Entity shall send data, or ensure that they are sent by subcontracted entities or suppliers upon request by the Authority Responsible for Codification, within the periods specified in the contract; 47. The Contracted Entity shall provide up-to-date information about agreed modifications and alterations to the projects or designs of all articles specified herein, or shall ensure that such information is sent; 48. The Contracted Entity shall ensure that the terms of this clause, or equivalent contractual instrument, are included in all subcontracts, such as to ensure availability of technical data to the Entity Responsible for Codification; 24-Apr-17 Page 12 of 23

13 49. If the data comes from a subcontracted entity or supplier, the Contracted Entity shall provide details related to the number of subcontracts, or equivalent information, to allow the Entity Responsible for Codification to make direct contact with the subcontracted entity or supplier to obtain data; 50. In the event that a sub-contract is entered into with a manufacturer from a non- NATO country, the Contracted Entity will be responsible for obtaining any necessary technical data from the subcontracted entity/supplier, and for subsequently sending it to the Entity Responsible for Codification; 51. The minimum technical data elements to be included for codification purposes shall include the name and address of the actual manufacturer(s), the actual manufacturing design(s) or component number(s) of the article(s), standards/specifications, reference number(s), and article name(s), if the elements in question are not included on the Recommended Spare Parts List - RSPL supplied during the initial acquisition phase; 52. If the Contracted/Subcontracted Entity or supplier has already supplied technical data to an Entity Responsible for Codification, for codification purpose, for any of the articles covered by this contract, this fact should be declared, indicating to which National Codification Bureau/Codification Agency it was supplied. The sending of data that has already been supplied should not be requested under normal circumstances; 53. The Contracted or Sub-contracted Entity or Supplier should contact their country's Entity Responsible for Codification to obtain information about the NATO Codification System. 54. Prime contractor and sub-contractors are to provide the required technical data to enable the assignment of NSN. 55. All technical data, i.e. drawings, specifications, identifications or other technical documentation required should be supplied, at the time required, to the appropriate Codification Authority, for codification purposes. 56. Consideration should be given to the need for provision of data in respect of possible modifications to the goods where such modifications affect the characteristics, reference or drawing of goods. 57. All companies involved in with the supply of equipment and component parts that may be purchased from sub-contractors are to ensure that the provisions of the Codification Clause are included in all sub-contracts or other supply agreements placed with such sub-contractors. 58. If the aforementioned technical data coming from a contractor, the prime contractor has to provide all the subcontract details to allow appropriate Codification Authority to contact the sub-contractor and get the needed data for codification purposes. 59. In the event of a contract with a sub-contractor in a non-nato country, the prime contractor will be responsible for obtaining au the needed technical data and deliver it to the Codification Authority. 24-Apr-17 Page 13 of 23

14 60. If the contractor (or sub-contractor) has already delivered all relevant technical data to a Codification Authority, that should be clearly stated, specifying which that Codification Authority was. Installation, Storage, Operation and Transport 61. The bid shall clearly indicate the conditions that must be met for the installation, storage and operation of materials, specifically regarding normal and extreme environmental conditions. It shall also highlight the care to be taken during temporary or prolonged storage, preparation for being put into service and transport. Evaluation Criteria for Contract Award 62. The criteria which NSPA will employ in selecting the successful bidder will be by order of importance: a. responsiveness and compliance with the conditions of the RFP b. Lowest price and discount for early payment c. Delivery dates 63. Important: Selection will be based on the lowest technically compliant bid based on the total price of mandatory deliverable items only. 64. Bidders must submit an acceptable technical proposal, index and numerated in accordance with the instructions at Annex A (i.e. utilizing Tabs 1-14) and completion of the supplied verification matrix within the Statement of Work (Tables 1-17). 65. All responses to the compliance matrix(s) shall be clear and unambiguous per each individual requirement as to whether the bidder s proposal meets or does not meet said requirement. A reference to the supporting documentation supporting this assertion shall be included in bidders compliance matrix response. 66. Acceptable supporting technical documentation which substantiates the technical proposal and is cross-referenced to the compliance matrix and Tabs 1-14 shall be submitted. 67. Failure to complete the compliance matrix/ provide sufficient information in Tabs 1-14 and/or provide substantiating documentation will result in the proposal being considered non-compliant. 68. Demonstrated ability (including that of sub-contractors if relevant) by means of the technical proposal and if necessary a pre-award survey to verify capability to technically and within timeframe of proposal In the event that the lowest compliant bid is above the customer s allocated budget then the customer reserves the right to amend the requirement in order to bring the project within the overall funding cap. This would then be subject to a revise and confirm exercise 24-Apr-17 Page 14 of 23

15 70. In the event that the lowest compliant bid is below the customer s allocated budget then the customer reserves the right to order the optional requirements in the list of items based on his requirement, technical suitability and price 71. NSPA reserves the right to conduct Post Tender Negotiations NSPA reserves the right to increase before Contract award the number of vehicles to be ordered provided there is commonality of equipment. Bidder s Conference 73. It is anticipated that a bidder s conference will be held approx. 40 days after the issue of this RFP and further details will be supplied in due course, once numbers are known. The bidder s conference will be held in June 2017 at NSPA facilities in Capellen, Luxembourg. 74. Should you wish to attend the bidder s conference, please register your interest and bio data by12 May 2017, at the address below: douglas.wiles@nspa.nato.int NSPA reserves the right not to accept registrations after this date. 75. You are also requested to provide the following bio data of the participant(s) (max 2 persons per Bidder) in your response by 12 May 2017: Name, and forenames: Telephone no: address: Nationality: Place and date of birth: Passport / ID card no.: Participant 1 Participant 2 (if applicable) Clarification Questions 76. NSPA will take clarification questions up to 5 days before and 5 days after the date of the Bidder s Conference. 77. You should submit clarification questions to the address below: douglas.wiles@nspa.nato.int Note: All clarification questions should be clearly marked as such in the subject line of the Apr-17 Page 15 of 23

16 78. You may wish to be aware that the clarification questions and answers will be distributed to all bidders and uploaded on the NSPA website. 24-Apr-17 Page 16 of 23

17 Annex A: Guidance for Preparation of Proposals NSPA has prepared this guidance for the purpose of providing a standard format by which Bidders must submit their separate Technical Proposal (Part A) and Commercial Proposal (Part B). Bidders are requested to maintain the sequence and index their Proposal to enable rapid analysis by NSPA. Bidders are required to submit an Electronic Copy (x 1) and Hard Copy (x1) of each of the Technical and Commercial Proposals. Part A: Technical Proposal This part when duly completed and supplemented with any information as deemed appropriate will constitute the Bidder s Technical Proposal and contain all non-pricing details. Part B: Commercial Proposal This part when duly completed and supplemented with any information as deemed appropriate, will constitute the Bidder s Commercial Proposal. It shall include all pricing information and include a clear statement that the Bidder complies with the Bidder Instructions and the Terms and Conditions of the Contract. 24-Apr-17 Page 17 of 23

18 Annex A - Part A: Instructions for the Technical Proposal Voluminous pre-printed brochures are not desired. All tenders should be technically detailed as possible, describing the proposed assets' capabilities, performance, prior testing and delivery conditions. All extra optional equipment deemed to be of added value should be fully detailed. The technical documents submitted supporting the bidder s proposal shall include hardcopy catalogues and digital (electronic format) documents concerning all offered equipment. Lead time, project/milestone plan shall be specified weeks. The technical proposal and supporting documentation shall be in English language, structured and numerated providing the requested (bullet point) information as follows: TAB 1: Bidders proposed vehicle for VTLB candidature As previously stated, no prototype vehicles will be considered in the procurement procedure. Therefore, only serialized type vehicles shall be proposed. The bidder shall provide a list of users of this specific vehicle and the variants in service in the proposal. Confirmation of vehicle (bidders candidate) Manufacturer o Manufacturers Official Name of bidders offered VTLB candidate vehicle o Manufacturers CAGE Code of bidders offered VTLB candidate vehicle o Origin of (manufacturing & Assembly place), of bidders offered VTLB candidate vehicle o Production year (planned or actual), of bidders offered VTLB candidate vehicle TAB 2: Technical Characteristics and Requirements of Vehicle & Equipment In SOW document the bidder will find the required vehicle and variants technical specification and supporting information. In this document are Compliance tables The bidder s proposal shall under this tab have all 17 tables updated by him (Columns E & F) and are to be used be used as template/index for crossreferencing the supporting information in the Bidders technical proposal and its compliance with this requirement. The bidder shall provide data per each itemized line, demonstrating compliance with SOW technical specification. Any statement not supported by written evidence / material proof / certificates / certified test results or any itemized line not addressed shall result in the proposal being considered Non- Compliant. Warranty plan per Table 14 All tenders should be as technically detailed and exhaustive as possible. The bidder shall supply in his offer all the required technical drawings of the layout of the fully equipped vehicle to prove the requirements detailed in the SOW. 24-Apr-17 Page 18 of 23

19 There are only essential (mandatory) requirements and desirable (nonmandatory). Selection for technical compliance will only be made on the basis of the essential (mandatory) requirements. The technical proposal of the winning bidder shall be referenced as a contractually binding document to the eventual contract schedule for contract award. TAB 4: Project Plan The bidder shall present with his tender a Milestone Plan, starting with T0, covering Review, Verification and Acceptance adapted to the extent of the present procurement. This plan shall cover design reviews, time scheduling, production, trials, delivery acceptance, documentation, training and responsibilities of the involved parties.. The Milestone plan of the winning bidder shall be incorporated as a contractually binding document to the eventual contract schedule for contract award. It is also the schedule against which Liquidated Damages will be applied. Only Project plans that dovetail production year requirements, harmonizing annual delivery requirements that result in project completion by 2020 are considered technically acceptable. TAB 5: Outline Quality Plan and AQAP Approval The bidder shall submit a Quality Plan for the equipment appearing in the final version(s) of bid(s), on the date of submission. The bidder should provide a copy of his latest revision of the quality plan in his response to this RFP. The manufacturer must be certified in accordance with the ISO 9001:2008 standard, which covers design, development and production activities, or according to military standards AQAP 2110 NSPA and its customer reserves the right to exercise control over quality through entities appointed for this purpose, under STANAG 4107 or another protocol established for this purpose. TAB 6: Draft Acceptance protocols Factory Acceptance and Final Customer Acceptance Bidder shall submit his document proposals for acceptance/milestone protocols to be used for inspection of vehicles when presented for factory acceptance and final acceptance by customer in PRT. These shall be reviewed and the successful bidders proposal will be reviewed and a final document package shall be mutually agreed. TAB 7: Past / Current Experience and Capability Activities A short description of the bidders past and present experience in providing similar services, and projects. 24-Apr-17 Page 19 of 23

20 The number of previous clients and the amount of units sold over the last years will be taken into account. Therefore, the prime contractor should provide these figures. Details of the bidders planning & capability for providing TAB 8: Production Facility Ownership Location Accessibility Description of Facility with Site Plan TAB 9: Organization General description of companies organizational structure Specific description of organizational structure to be used for this project, with names and qualification of key personnel, including but not necessarily limited to Project Manager and Senior technical Staff, sufficient to indicate the offers ability to adequately meet the requirement timelines and complexity. TAB 10: Sub-contracts Amounts and type of work to be sub-contracted (if any). Provide names, addresses of sub-contractors and Quality Assurance standards with the reason why subcontracts are necessary and their value as a percentage of the total contract bid. TAB 11: Configuration Management The bidders proposal for Configuration Management shall incorporate and address the following requirements All relevant data and documentation related with configuration management shall be presented with the proposal. The configuration management system adopted by the contractor should follow the principles established in the ISO standard Quality Management Guidelines for Configuration Management, or in the ACMP 01 standard NATO Requirements for the Preparation of Configuration Management Plans. The contractor should develop a configuration management system to ensure that all functional and physical aspects of 4X4 LTLB materials are described in designs, specifications and related documentation. The term "material", employed in a broad sense, includes systems, sub-systems, equipments, assemblies, basic parts, spare parts and tools. It also includes associated technical documentation and logic computer support. 24-Apr-17 Page 20 of 23

21 In all of the vehicles to be acquired, each of the 4X4 VTLB configurations must have the same characteristics and technical solutions, and must incorporate the same types of components. Configuration management must allow the follow-up of redesigns and technical data content resulting from subsequent alterations to be ensured. The supplier must inform the contracting authority of any alterations to the equipment during its entire useful life. TAB 12: Post Sales Technical Support The bidder s proposal for Post Sales Technical support shall incorporate and address the following requirements: The tender must detail the existence of manufacturer's representatives in Portugal and abroad and their level of support in technical assistance for maintenance tasks. The tender must detail an exhaustive program for assistance warranty time and after time, programmed maintenance (inspections or revisions), referring man power costs and supplies. Way ahead in case of possible non conformities that could happen during warranty phase. Technical support, whenever personnel in order to extend maintenance operations. TAB 13: Post Sales Maintenance Support The bidder s proposal for Post Sales Maintenance Support shall incorporate and address the following requirements The tender shall include the logistics support requirements, namely the schedule of maintenance tasks, required time to perform them, required test tools, spares, workshop facilities and personnel training. All products needed for the vehicle's maintenance shall be clearly specified, including storage conditions (if applicable). The tender shall specify any special storage or operating requirements. For a standard use (envisaged number of working hours (900 hours) during the minimum warranty of 3 years, or 45,000 km for normal use of the vehicle (60% on road and 40% in all-terrain). TAB 14: Financial Proposal The bidder must provide his financial proposal in accordance with the List of Items and Statement of Work. Important: No pricing information should be included with the Technical Proposal. 24-Apr-17 Page 21 of 23

22 Annex A - Part B: Instructions for the Commercial Proposal Please indicate your best prices in the attached document entitled List of Items. The List of Items is divided into Mandatory Deliverables (marked in Green on the List of Items) and Optional Deliverables (marked in Yellow on the List of Items) and further detailed in the Statement of Work. Please note that: The financial evaluation will be based on the Mandatory Deliverables only The Optional Deliverables are desirable only and may be ordered on Purchase Order issuance and will not form part of the financial/technical evaluation. It is mandatory that the bidders offer a pricing schedule, which is valid until 21 December 2017, by completing the List of Items with their proposal. This has been provided in Excel format. Those cells that bidders need to complete have been left unlocked so that pricing information can be inserted. The bidder shall warrant that his price proposal covers all costs associated with the delivery of his technical proposal. The bidder shall also submit a clear statement that he is compliant with the Terms and Conditions of the draft Contract. The bidder shall also submit a clear statement that he is compliant with the Terms and Conditions of the bidder instructions, including that he can meet the delivery and acceptance of all 167 vehicles by 31 December Bidders shall also return their priced List of Items in PDF and Excel format within their electronic version of their proposal. 24-Apr-17 Page 22 of 23

23 Annex B Summary of Mandatory Deliverables and Optional Deliverables See attached document: _DWI17001_Annex B_VTLB_Bidder Instructions_FINAL_PROTECTED 24-Apr-17 Page 23 of 23

You are invited to submit a firm fixed price proposal, based on delivery at NSPA facility located at:

You are invited to submit a firm fixed price proposal, based on delivery at NSPA facility located at: Dear Sir/Madam, The NATO Support and Procurement Agency has a requirement for the supply of the items described in the Annex 1 Items Technical Features dated 16 October 2018 and in the List of Items attached

More information

Bidding Instructions IFR Dear Sir/Madam,

Bidding Instructions IFR Dear Sir/Madam, Dear Sir/Madam, The NATO Support and Procurement Agency has a requirement for the provision of four Deployable "Intelligence, Surveillance, Target Acquisition, and Reconnaissance" (ISTAR) Shelters and

More information

The NATO Support and Procurement Agency was appointed as Host Nation (HN) for the implementation of subject Project:

The NATO Support and Procurement Agency was appointed as Host Nation (HN) for the implementation of subject Project: Dear Sir/Madam, The NATO Support and Procurement Agency was appointed as Host Nation (HN) for the implementation of subject Project: - Procurement of CARGO VEHICLES, TRAILERS, camouflage, concealment &

More information

PROVISIONS FOR NSPA SMALL VALUE PURCHASE ORDERS (Services) (October 2017)

PROVISIONS FOR NSPA SMALL VALUE PURCHASE ORDERS (Services) (October 2017) PROVISIONS FOR NSPA SMALL VALUE PURCHASE ORDERS (Services) (October 2017) 1. SPECIAL AREAS Material and Services shall not be acquired for use in the performance of this Purchase Order (PO) from any sources

More information

MDB Harmonised Particular Conditions

MDB Harmonised Particular Conditions FIDIC Plant and Design-Build Contract MDB Harmonised Particular Conditions 1. Introduction There is a need for FIDIC to provide sample Particular Conditions that render the General Conditions of the 1st

More information

GENERAL TERMS AND CONDITIONS OF PURCHASE applicable in Bury sp. z o.o. with its registered office in Mielec (Poland).

GENERAL TERMS AND CONDITIONS OF PURCHASE applicable in Bury sp. z o.o. with its registered office in Mielec (Poland). GENERAL TERMS AND CONDITIONS OF PURCHASE applicable in Bury sp. z o.o. with its registered office in Mielec (Poland). 1 General provisions 1. The subject of these General Terms and Conditions of Purchase

More information

2.1 UNICEF wishes to procure items in the quantities and with the specifications outlined in the schedules contained in this Solicitation Document.

2.1 UNICEF wishes to procure items in the quantities and with the specifications outlined in the schedules contained in this Solicitation Document. PART I PURPOSE OF THIS INVITATION TO BID 1. BACKGROUND 1.1 UNICEF promotes the rights and wellbeing of every child, in everything we do. Together with our partners, we work in 190 countries and territories

More information

Request for Quotation (RFQ) for Services Transportation Service in Colombia

Request for Quotation (RFQ) for Services Transportation Service in Colombia Request for Quotation (RFQ) for Services Transportation Service in Colombia RFQ Ref No: 11961_RFQ_COL_Transportation Service in Colombia_16_47 Version: v2016.1 UNOPS v2014.1 1 of 6 Invitation letter Dear

More information

SPECIAL CONDITIONS OF TENDER

SPECIAL CONDITIONS OF TENDER Page 1 SPECIAL CONDITIONS OF TENDER A. INTRODUCTION The following documents are available on http://emits.esa.int/ under "Reference Documentation" --> "Administrative Documents": ESA Procurement Regulations

More information

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors

PART IV REPRESENTATIONS AND INSTRUCTIONS. Section K Representations, Certifications, and Other Statements of Offerors PART IV REPRESENTATIONS AND INSTRUCTIONS Section K Representations, Certifications, and Other Statements of Offerors Section L Instructions, Conditions, and Notices to Offerors L.1 Formal Communications

More information

Tender Specifications attached to the Invitation to tender

Tender Specifications attached to the Invitation to tender Ref. Ares(2015)3457155-20/08/2015 Tender Specifications attached to the Invitation to tender Brussels, 20/08/2015 Invitation to tender N SRB/NEG/1/2015 for the provision of legal advice for bridge financing

More information

PART I PURPOSE OF THIS REQUEST FOR PROPOSALS FOR SERVICES

PART I PURPOSE OF THIS REQUEST FOR PROPOSALS FOR SERVICES PART I PURPOSE OF THIS REQUEST FOR PROPOSALS FOR SERVICES 1. BACKGROUND 1.1 UNICEF promotes the rights and wellbeing of every child, in everything we do. Together with our partners, we work in 190 countries

More information

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018

More information

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and Dear Sir/Madam, Subject: Request for Proposals for [Provision of Cash Delivery Services] Project no. Multiple 1. The United Nations Office for Project Services (UNOPS) is seeking qualified offers for the

More information

, UN

, UN Date: 10 February 2017 From: To: UNICEF Moldova Potential Supplier Pages: 7 Subject: REQUEST FOR QUOTATION LRFQ-DSU-2017-9130093 Air conditioners for office use UNITED NATION CHILDREN S FUND (UNICEF) wishes

More information

International public tender for purchase of Public CT Storage system

International public tender for purchase of Public CT  Storage system Date: 25.07.2014. No. 05-14609 International public tender for purchase of Public CT Email Storage system Crnogorski Telekom A.D, member of Deutsche Telekom Group and Magyar Telekom Group, (referred as

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE SUPPLY OF PROMOTIONAL ITEMS Contract#63/2018 /KFW/CCCCC October 2018 Funded by the KfW

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR AN ISO 9001 & ISO 14001 COMPANY TENDER DOCUMENT NIT No.: NRO/CON/738/667 date : 12.10.2018 FOR Supply, Installation, Testing, Commissioning & Handing- over of Medical equipments (Group-7F) for Government

More information

NORTHROP GRUMMAN SYSTEMS CORPORATION

NORTHROP GRUMMAN SYSTEMS CORPORATION NORTHROP GRUMMAN SYSTEMS CORPORATION ADDENDUM TO COMMERCIAL TERMS AND CONDITIONS FOR SUBCONTRACTS IN SUPPORT OF THE ADVANCED MISSION PROGRAM (AMP) PRIME CONTRACT 04-C-3045 All of the additional terms and

More information

ENERGY SAVINGS PERFORMANCE CONTRACT. between THE CITY [\] / MUNICIPALITY [\] and [ESCO COMPANY]

ENERGY SAVINGS PERFORMANCE CONTRACT. between THE CITY [\] / MUNICIPALITY [\] and [ESCO COMPANY] ENERGY SAVINGS PERFORMANCE CONTRACT between THE CITY [\] / MUNICIPALITY [\] and [ESCO COMPANY] At [place], [day] [month] 2014 1 Pursuant to (i) Article 26 in relation to Article 27 of the Energy Efficiency

More information

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 REQUEST FOR PROPOSAL Consulting Services - Cable Television System Franchise Renewal ISSUE DATE: October 1, 2014 CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632 CLOSING

More information

ADVANCED TECHNICAL TRAINING

ADVANCED TECHNICAL TRAINING ADVANCED TECHNICAL TRAINING CENTRE AN ISO 9001:2008 CERTIFIED INSTITUTE BARDANG, SINGTAM, EAST SIKKIM - 737134 Telephones: (03592) 233482/9002735427/9434035381 Email: attc.skmpoly@gmail.com COMPETITIVE

More information

SPECIAL TENDER CONDITIONS FOR THE

SPECIAL TENDER CONDITIONS FOR THE Page 1 SPECIAL TENDER CONDITIONS FOR THE Integrated Applications Promotion (IAP) Programme (CALL FOR PROPOSALS) FEASIBILITY STUDIES Page 2 A. INTRODUCTION The following documents are available on http://emits.esa.int/

More information

Non-Professional Services

Non-Professional Services Non-Professional Services FULL POLICY CONTENTS Policy Statement Purpose Forms/Instructions Procedures Contacts ADDITIONAL DETAILS Definitions Appendices FAQ Related Information History Policy Number: AP-4101

More information

Conditions of Contract for PLANT and Design-Build

Conditions of Contract for PLANT and Design-Build Conditions of Contract for PLANT and Design-Build FOR ELECTRICAL AND MECHANICAL WORKS AND FOR BUILDING AND ENGINEERING WORKS DESIGNED BY THE CONTRACTOR General Conditions 1st Edition 1999 FEDERATION INTERNATIONALE

More information

REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS REFERENCE NUMBER: RFP/STR01/2018

REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS REFERENCE NUMBER: RFP/STR01/2018 REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS 2018 2021 REFERENCE NUMBER: RFP/STR01/2018 1 P a g e REQUEST FOR PROPOSAL (RFP) RFP/STR01/2018 FACILITATION

More information

SUDBURY EAST PLANNING BOARD

SUDBURY EAST PLANNING BOARD REQUEST FOR PROPOSALS Sealed Proposals For: FIVE (5) YEAR OFFICIAL PLAN REVIEW TO ADOPT A NEW OFFICIAL PLAN As Described Herein and Addressed: Matthew Dumont, Director of Planning 39 Lafontaine Street,

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

More information

AM Request for Proposal (RFP)

AM Request for Proposal (RFP) AM - 2138 Request for Proposal (RFP) Supply of Services for Australia Awards PNG Management Information System Services Structure of Invitation Part A Invitation and Rules of Proposal Part B Scope of Services

More information

Watershed Educational Campaign Project

Watershed Educational Campaign Project Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue

More information

APPENDIX 1 OPERATIONAL CERTIFICATION PROCEDURES FOR THE RULES OF ORIGIN

APPENDIX 1 OPERATIONAL CERTIFICATION PROCEDURES FOR THE RULES OF ORIGIN APPENDIX 1 OPERATIONAL CERTIFICATION PROCEDURES FOR THE RULES OF ORIGIN For the purposes of implementing Annex 3, the following operational procedures on the issuance of a Certificate of Origin, verification

More information

Conditions of purchase of ANDRITZ HYDRO GmbH

Conditions of purchase of ANDRITZ HYDRO GmbH Conditions of purchase of ANDRITZ HYDRO GmbH OCTOBER 2012 (GCC 10/12) Date of Issue Revision Revised chapters Type of Revision 01.10.2012 01 - - 10.07.2015 02 2 Increase of the penalties 14 Addition of

More information

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015 Nepal Telecom Nepal Doorsanchar Company Limited Sealed Quotation NDCL/DWT-SQ-02/072-73 For Supply and Delivery Of Optical MODEM November, 2015 Nepal Telecom Directorate of Wireless Telephone Chhauni, Kathmandu,

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

Water Utility Disinfection Survey

Water Utility Disinfection Survey 6666 West Quincy Avenue Denver, CO 80235-3098 T 303.794.7711 www.awwa.org American Water Works Association Request for Proposal Water Utility Disinfection Survey Issued by: Technical and Education Council

More information

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT. Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Office Building for Department of Railways Medium

More information

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 PROPOSAL PREPARATION INSTRUCTIONS Offerors shall provide proposals in two separate volumes. Volume

More information

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS 2019 2021 REFERENCE NUMBER: RFP/AUDIT01/2018 1 P a g e REQUEST FOR PROPOSAL (RFP) RFP/AUDIT01/2018 PROVISION OF EXTERNAL

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

DRAFT STANDARD PROCEDURES DOCUMENT FOR PREPARING FRAMEWORK AGREEMENTS PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) OCTOBER 2018

DRAFT STANDARD PROCEDURES DOCUMENT FOR PREPARING FRAMEWORK AGREEMENTS PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) OCTOBER 2018 DOC 6 DRAFT STANDARD PROCEDURES DOCUMENT FOR PREPARING FRAMEWORK AGREEMENTS PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) OCTOBER 2018 Page 1 of 38 PREFACE 1. This Standard Tender Document (STD) document

More information

General Terms and Conditions for Purchasing by the Deutsche Telekom Group (GTC Purchasing) Part A: Deutsche Telekom Group applicable terms

General Terms and Conditions for Purchasing by the Deutsche Telekom Group (GTC Purchasing) Part A: Deutsche Telekom Group applicable terms General Terms and Conditions for Purchasing by the Deutsche Telekom Group (GTC Purchasing) Part A: Deutsche Telekom Group applicable terms 1. Area of Application (1) These General Terms and Conditions

More information

The term Government in clauses and/or provisions shall mean Concho Valley Council of Governments (CVCOG) unless otherwise specified.

The term Government in clauses and/or provisions shall mean Concho Valley Council of Governments (CVCOG) unless otherwise specified. The term Government in clauses and/or provisions shall mean Concho Valley Council of Governments (CVCOG) unless otherwise specified. 1. Prohibition on Contracting with Inverted Domestic Corporations-Representation.

More information

GENERAL PURCHASING TERMS AND CONDITIONS Valid as of September 1 st, 2015 for any order or contract 4. DELIVERY

GENERAL PURCHASING TERMS AND CONDITIONS Valid as of September 1 st, 2015 for any order or contract 4. DELIVERY GENERAL PURCHASING TERMS AND CONDITIONS Valid as of September 1 st, 2015 for any order or contract 1. GENERAL INFORMATION The supplier s acceptance of an order implies ipso facto the acceptance of these

More information

HOW TO REGISTER ON THE OECD ESOURCING PORTAL

HOW TO REGISTER ON THE OECD ESOURCING PORTAL HOW TO REGISTER ON THE OECD ESOURCING PORTAL Bidder - User Guide OECD all rights reserved Create your Organisation Profile Access the esourcing Portal following the link: https://oecd.bravosolution.com

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department P a g e 1 Bidding Documents For National Competitive Bidding Pakistan Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department PART ONE (FIXED) Instructions to Bidders

More information

United Nations Development Programme

United Nations Development Programme REQUEST FOR QUOTATION (RFQ) Procurement of Furniture for Jamal Abd Naser School Library and Drawings Room, and Shejaia School Resource Room Date: 6 February 2018 Dear Sir / Madam: We kindly request you

More information

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES

FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF AGENT AND AGENCY SERVICES DFS AA RCP 14/15-06 Preparation and Development of the Florida General Lines Agents /Customer Representatives and the Florida

More information

ETF PUBLIC PROCUREMENT. Guidelines for ETF public procurement

ETF PUBLIC PROCUREMENT. Guidelines for ETF public procurement ETF PUBLIC PROCUREMENT Guidelines for ETF public procurement Contents 1. Introduction 3 1.1 Types of tendering procedure 3 1.2 Participants in ETF tendering procedures 3 2. Preparing tenders 4 2.1 Supporting

More information

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT Ref: P.O./L.P./2018-11180 Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT DESIGNING OF WEB BASED SOFTWARE FOR ADMISSIONS, EVENING PROGRAM, UNIVERSITY OF

More information

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan Bid Ref: JUBA/PP-SDOC/ITB-2010/057 (Re-Bid) 17th September 2010 Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

More information

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTE # 16471 REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY

More information

for Developing and Implementing Quality Management System (ISO)

for Developing and Implementing Quality Management System (ISO) Health Authority Abu Dhabi REQUEST FOR PROPOSALS for Developing and Implementing Quality Management System (ISO) RFP # no.: 03/CS/HAAD/PT/2010 Bid issue date: February 18, 2010 Deadline for submission

More information

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES INVITATION FOR QUOTATIONS FOR CONSTRUCTION OF CIVIL WORKS UNDER SHOPPING PROCEDURES To Dear Sirs, Sub : INVITATION FOR QUOTATIONS FOR CONSTRUCTION

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS GOODS STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF GOODS Japan International Cooperation Agency (JICA) May 2013 Version 1.1 i Preface These Standard Bidding Documents for Procurement

More information

PART INSTRUCTIONS TO BIDDERS

PART INSTRUCTIONS TO BIDDERS [ ] [ ] [ ] Date [Date] [ ] [] PART 1 - INSTRUCTIONS TO BIDDERS CLAUSE 1 - DOCUMENTS 1 DOCUMENTS Carefully examine the following information. Failure to follow these instructions may result in bid disqualification.

More information

General Conditions for Purchase (CG-2)

General Conditions for Purchase (CG-2) Page: 2 of 5 1 Definitions - CLIENT means the party placing an order, being the legal entity as mentioned in the Purchase Order, as well as his legal successors in title; - VENDOR means the party who delivers

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

ESA TENDERING STANDARDS FOR EXPRESS PROCUREMENT ( EXPRO & EXPRO+ ) PROPOSAL TEMPLATE V5

ESA TENDERING STANDARDS FOR EXPRESS PROCUREMENT ( EXPRO & EXPRO+ ) PROPOSAL TEMPLATE V5 Page 1 ESA TENDERING STANDARDS FOR EXPRESS PROCUREMENT ( EXPRO & EXPRO+ ) PROPOSAL TEMPLATE V5 [COVER LETTER] From:... (Tenderer to insert name of the company/institute submitting the tender) Date:...

More information

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES APPENDICES 53 Appendix 1-1 Agreement Form This Agreement made the...day of...20...between...of...hereinafter called the Employer and...of...hereinafter called the Contractor of the other part. Whereas

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

NEPAL TELECOM Nepal Doorsanchar Company Limited. Nepal Telecom. Nepal Telecom Nepal Doorsanchar Company Limited

NEPAL TELECOM Nepal Doorsanchar Company Limited. Nepal Telecom. Nepal Telecom Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/ISSD/12/VAAR-073-74 for Supply, Delivery, Installation and Commissioning of Vacancy Announcement & Online Application Registration System [June 2017] Information System Support

More information

TENDERING FOR GOODS/SERVICES PROCEDURES

TENDERING FOR GOODS/SERVICES PROCEDURES TENDERING FOR GOODS/SERVICES PROCEDURES AT EDITH COWAN UNIVERSITY (INCLUDING CONDITIONS OF RESPONDING TO A REQUEST) Tendering for Goods or Services Procedures Page 1 of 20 As at November 2011 Contents

More information

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of Cable Network Tools and Accessories July 2014 ===========================================================================================================

More information

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M. THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

Request for Proposal

Request for Proposal Request for Proposal RFP No. 2017 11 001 Consulting Services for Emergency Operations Response Plans Issue Date Monday, November 20, 2017 ISSUED BY OFFICE OF PROCUREMENT RICE UNIVERSITY 6100 MAIN ST.,

More information

General Terms and Conditions of Siemens EOOD, Building Technologies Division

General Terms and Conditions of Siemens EOOD, Building Technologies Division General Terms and Conditions of Siemens EOOD, Building Technologies Division 1. Subject of the Agreement The Customer receives the right to purchase under these general trading conditions specified products

More information

GENERAL TERMS OF PURCHASE BADER POLSKA SP.Z O.O. /limited liability company/

GENERAL TERMS OF PURCHASE BADER POLSKA SP.Z O.O. /limited liability company/ 1. General Provisions GENERAL TERMS OF PURCHASE BADER POLSKA SP.Z O.O. /limited liability company/ The legal relationship between the Supplier of goods or services and Bader Polska Sp. z o.o., with its

More information

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding 1 ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO SPECIFICATION NO. O-OA COVERING General Conditions - Instructions for Bidding DIVISION: DEPARTMENT: UNIT: DATE: ENG. REF.: PREPARED BY: SUMMARY: A specification

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) State Bank of India (SBI) invites Bids for procurement of Desktop PC & Laptop as detailed in this RFP to be delivered at SBI Dhaka Branch (Dilkusha) and Gulshan Branch SBI-BD/

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

ARMED SERVICES BOARD OF CONTRACT APPEALS. APPEARANCE FOR THE APPELLANT: Garreth E. Shaw, Esq. Garreth E. Shaw, P.C.

ARMED SERVICES BOARD OF CONTRACT APPEALS. APPEARANCE FOR THE APPELLANT: Garreth E. Shaw, Esq. Garreth E. Shaw, P.C. ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of -- ) ) Sigma Tech Enterprises, Inc. ) ASBCA No. 52774 ) Under Contract No. SP0451-00-W-8000 ) APPEARANCE FOR THE APPELLANT: Garreth E. Shaw, Esq. Garreth

More information

NCF 7 Project Implementation Manual

NCF 7 Project Implementation Manual NCF 7 Project Implementation Manual November 2017 Table of Contents 1 INTRODUCTION... 4 2 GRANTEES RESPONSIBILITIES... 4 3 PROGRESS REPORTING... 4 3.1 Progress report... 4 3.2 Project completion report...

More information

NEPAL TELECOM Nepal Doorsanchar Company Limited. Nepal Telecom. Nepal Telecom Nepal Doorsanchar Company Limited

NEPAL TELECOM Nepal Doorsanchar Company Limited. Nepal Telecom. Nepal Telecom Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/ISSD/11/LAPT-073-74 for Supply and Delivery of Laptop computers [June 2017] Information System Support Directorate TEL: 977-1- 5537763 International Exchange Building FAX: 977-1-

More information

ESA TENDERING STANDARDS FOR EXPRESS PROCUREMENT ( EXPRO & EXPRO+ ) PROPOSAL TEMPLATE V5

ESA TENDERING STANDARDS FOR EXPRESS PROCUREMENT ( EXPRO & EXPRO+ ) PROPOSAL TEMPLATE V5 Appendix 4 to ESA ITT AO/1-8266/15/NL/MP Page 1/15 ESA TENDERING STANDARDS FOR EXPRESS PROCUREMENT ( EXPRO & EXPRO+ ) PROPOSAL TEMPLATE V5 [COVER LETTER] From:... (Tenderer to insert name of the company/institute

More information

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT National Institute of Technology, Raipur TEQIP Cell contact No. 07712254200 BID REFERENCE NO: TEQIP-III/nitr/26 NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT UNDER TECHNICAL EDUCATION QUALITY

More information

Invitation to Bid (ITB) Medical and Dental Supplies. No S ADDENDUM NO. 2. Questions and Answers & ITB Revisions

Invitation to Bid (ITB) Medical and Dental Supplies. No S ADDENDUM NO. 2. Questions and Answers & ITB Revisions Invitation to Bid (ITB) Medical and Dental Supplies 19-42000000-S ADDENDUM NO. 2 Questions and Answers & ITB Revisions Page 1 of 8 Contained herein are the answers to the questions submitted to the Department

More information

AUDIT CERTIFICATE GUIDANCE NOTES 6 TH FRAMEWORK PROGRAMME

AUDIT CERTIFICATE GUIDANCE NOTES 6 TH FRAMEWORK PROGRAMME AUDIT CERTIFICATE GUIDANCE NOTES 6 TH FRAMEWORK PROGRAMME WORKING NOTES FOR CONTRACTORS AND CERTIFYING ENTITIES MATERIALS PREPARED BY INTERDEPARTMENTAL AUDIT CERTIFICATE WORKING GROUP/ COORDINATION GROUP

More information

CGS/001/2018 Edition 1 GENERAL CONDITIONS FOR THE CONTRACT OF THE SERVICES PROVIDED BY PATENTES TALGO, S.L.U.

CGS/001/2018 Edition 1 GENERAL CONDITIONS FOR THE CONTRACT OF THE SERVICES PROVIDED BY PATENTES TALGO, S.L.U. CGS/001/2018 Edition 1 GENERAL CONDITIONS FOR THE CONTRACT OF THE SERVICES PROVIDED BY PATENTES TALGO, S.L.U. PATENTES TALGO, SLU 1 1.- PURPOSE, SCOPE AND LEGAL VALUE The "General Conditions applicable

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

UNITED NATIONS CHILDREN'S FUND (UNICEF)

UNITED NATIONS CHILDREN'S FUND (UNICEF) LRFPS 2018-9139539 UNITED NATIONS CHILDREN'S FUND (UNICEF) Wishes to invite you to submit a proposal for Recrutement d un cabinet architecte pour réaliser les études techniques et la supervision des travaux

More information

UNICEF MOLDOVA United Nations Children s Fund Telephone Date: 15 November UNICEF Moldova. Potential Supplier.

UNICEF MOLDOVA United Nations Children s Fund Telephone Date: 15 November UNICEF Moldova. Potential Supplier. UNICEF MOLDOVA United Nations Children s Fund Telephone 373 22 22 00 45 131, 31 August 1989 Str., Facsimile 373 22 22 02 44 UN House, Chisinau chisinau@unicef.org Republic of Moldova www.unicef.md Date:

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

Equip_Comp_Desktops Inst_Level_Revised

Equip_Comp_Desktops Inst_Level_Revised Bid Document Equip_Comp_Desktops Inst_Level_Revised E-1 1 NCB The National Institute of Engineering Manandavadi Road, Mysore-570 008 TEQIP Cell contact No. 0821-2480475 Fax No. 0821-2485802 BID REFERENCE

More information

Request for Tenders for the Provision of Actuarial Services to The Health Insurance Authority

Request for Tenders for the Provision of Actuarial Services to The Health Insurance Authority Request for Tenders for the Provision of Actuarial Services to The Health Insurance Authority Completed tenders must be received no later than 12 noon on 23 November 2015 Contents Part 1: Introduction

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES PROJECT MANUAL BIDDING AND CONTRACT DOCUMENTS MANDATORY JOB WALK: 9:00AM, Tuesday, February 6, 2018 BID DUE: 2:00PM PST, Monday, February

More information

UNIVERSITY OF PERADENIYA

UNIVERSITY OF PERADENIYA UNIVERSITY OF PERADENIYA INVITATION FOR BIDS (IFB) PURCHASING OF PHOTOCOPY PAPERS 1. The Chairman, University Procurement Committee on behalf of the University of Peradeniya now invites sealed bids from

More information

Request for Quotations (RFQ)

Request for Quotations (RFQ) Request for Quotations (RFQ) RFQ Number: GHSC-PSM-TO3-2018-IUD-IDIQ RFQ Purpose: For the procurement of Copper-bearing Intrauterine Contraceptive Device (TCu380A) (Multiple Destinations) Issuance Date:

More information